SOLICITATION NOTICE
41 -- Nuclear Grade HEPA Filters
- Notice Date
- 12/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFE20-13-Q-0013
- Archive Date
- 12/28/2012
- Point of Contact
- Scott G. Drega,
- E-Mail Address
-
scott.drega@fema.dhs.gov
(scott.drega@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for any/all subsequent amendments. FEDBIZOPPS also contains an option for automatic notification service. The solicitation number is HSFE20-13-Q-0013. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through the most recent Federal Acquisition Circular are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333413, with a size standard of 500 employees. This is a full and open competition. All businesses are encouraged to submit a quote. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. The Federal Emergency Management Agency, on behalf of the Center for Domestic Preparedness (CDP), requests responses from qualified sources capable of providing Nuclear Grade HEPA Filters. LINE ITEM 0001: Quantity thirty (30) each Nuclear Grade HEPA Filters, Flanders Part # T-007-U-43-05-NU-51-23-GG-FU5 or equivalent, meeting all of the following required salient characteristics: • Filter shall have efficiency of 99.97% or 0.2-0.3 microns • Filter shall be able to operate at 99% relative humidity • Each filter shall be tested for resistance to airflow and for aerosol penetration in accordance with ASME AG-1, sections FC-5110 & FC-5120 • Filter size shall be 24x24x11.5 • Filter shall have 304 type stainless steel, 14 gauge • Frame tolerance shall be within 1/8" total • Filter media shall be micro-glass fiber/acrylic resin • Filter minimum effective area shall be 212 square foot LINE ITEM 0002: Shipping costs for all thirty (30) filters to the following address: Federal Emergency Management Agency Center for Domestic Preparedness 40 Twill Lane Anniston, AL 36205 EVALUATION FACTORS FOR AWARD: The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the Request for Quote). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the Request for Quote. 2. Price (total price including shipping costs). The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. "Equal" models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of quotes to determine that the proposed equal item is functionally equivalent to the brand name item and meets or exceeds the physical characteristics of the brand name item. Failure to include an answer to each requirement in the RFQ may result in an unacceptable offer. The offeror shall provide proof that the "equal" product conforms to the manufacturer's own drawings, specifications, standards, and quality assurance practices. This is an all or nothing award. Please submit a complete quote listing the required items. The offeror must quote on both items or the offeror's quote will not be considered. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price purchase order. Offerors shall submit firm-fixed pricing for all above requirements. Include any applicable discounts to the Government. Delivery date is within sixty (60) days after receipt of order. Other Administrative Instructions: Offerors must be registered on the website System for Award Management (SAM). Registration is free and can be completed on-line at http://www.sam.gov. If you were previously registered in CCR and ORCA, your information has been migrated to SAM. Offeror should have Representations and Certifications filled out in SAM. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.233-1, Disputes 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. HSAR 3052.204-71, Contractor employee access; HSAR 3052.247-72, FOB Destination Only; HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (JUN 2006). QUOTE TIMELINE: Quotes are due no later than December 13, 4:00 p.m. Eastern Standard Time. Please submit quotes via email to Scott Drega at scott.drega@fema.dhs.gov. Inquiries and information received after the established deadlines shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-13-Q-0013/listing.html)
- Record
- SN02944072-W 20121208/121206234742-55b71c62b10dd5e48994aaa37c6a8528 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |